Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOURCES SOUGHT

J -- The Providence VA Medical Center is planning to solicitate a Indefinite Delivery Indefinite Quantity (IDIQ) for Electrical Repair for both routine and emergency services, and construction projects.

Notice Date
6/2/2010
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24110RQ0319
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Karla K Rotondo
 
E-Mail Address
cting
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor is responsible for the operation of the 15KV equipment as it pertains to execution of this scope of work. Including but not limited to, the racking of circuit breakers, exercising breakers, disconnecting switches, and operating Kirk Key interlocks. The contractor shall perform routine and emergency electrical work on an as-needed basis. This work includes but is not limited to the following types of activities: (a)Troubleshooting and repair of lighting systems and controls. (b)Troubleshooting and repair of 208/120V power distribution equipment and controls. (c)Troubleshooting of motor control circuits and components such as motor starters, relay circuits and variable speed drives. (d)Troubleshooting and repair of power generation equipment including generator controls, paralleling controls and automatic transfer switches. (e)Troubleshooting and repair of 480V power distribution equipment. (f)Installation of electrical equipment and controls such as light fixtures (indoor and outdoor), receptacles, circuit breakers, disconnects, panelboards, motor starters and UPS's. Individual task orders will be solicited among the awardees of an IDIQ contract for each requirement and award of a task order will be issued to the contract holder that offers the best value for that requirement. The request for proposals (RFP) for each competed task order will be issued electronically via email or another electronic means. The response time for RFPs will vary per requirement, but may be as short as 24 hours after issue. This response time will be determined by the Government in each RFP. The Contractor is responsible to maintain an accurate email address. The Government will not be held response if a Contractor does not respond to an RFP because the email address on file with the Government is not up to date. The Contractor is required to maintain an active registration in CCR during the entire period of performance, base year and all options. Lapse of CCR registration will render the Contractor ineligible for task order awards. The VA is soliciting an IDIQ contract with a base and four option years. The NAISC code for this is 238210 and the size standard is $14.0 million. This project is subject to both the Service Contract Act and the Davis Bacon Act depending on the individual task orders. Award will be based on the best value to the Government. Evaluation factors include technical, price and past performance (minimum of 3 references with point of contact, company name and phone number.) Currently there is no solicitation available. We are looking for interested and qualified companies to determine the proper set aside. Please submit information about business status, i.e. small business, VOSB and SDVOSB, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24110RQ0319/listing.html)
 
Record
SN02166134-W 20100604/100602235128-a2d7bf4c3783aa8fee6e716691fd12da (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.